Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2012 FBO #3988
SOLICITATION NOTICE

R -- Commercial Recuiting Services for Western Area Power Administration, Corporate Services Office

Notice Date
10/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561311 — Employment Placement Agencies
 
Contracting Office
Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
 
ZIP Code
00000
 
Solicitation Number
DE-SOL-0004946
 
Archive Date
11/14/2012
 
Point of Contact
Venus Y. De Liso, Phone: 7209627234, Derek C. Reed, Phone: 7209627158
 
E-Mail Address
deliso@wapa.gov, dreed@wapa.gov
(deliso@wapa.gov, dreed@wapa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL SERVICE PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as a Request for Quotation (RFQ). Submit written quotes on RFQ reference number DE-SOL-0004946. The North American Industry Code is 561311 and the Business Size Standard is $7.0M. The resulting award will be a firm-fixed price contract. The award will be made based on best value to the Government. PLEASE SUBMIT YOUR QUOTATION NLT 3:30 P.M. MST, TUESDAY, OCTOBER 30, 2012 to email address deliso@wapa.gov. If you have questions please email deliso@wapa.gov or call Ms. Venus De Liso at (720) 962-7234. Place of Performance: The Location of Work will be at the Contractor's Site. However, once the position is filled, the selected employee will be required to commute to 12155 W. Alameda Parkway, Lakewood, CO 80228. ****************************************************************************** The following clauses and provisions apply to this solicitation (available from http://farsite.hill.af.mil) 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (FEB 2012) ADDENDUM TO 52.212-4 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS 52.212-2 - EVALUATION - COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (listed in relative order of importance): 1. Technical capability. Provide written capabilities for proposed recruiting firm. As a minimum each proposal shall address the following: 1. Name of the Company. 2. Experience with Recruitment for the Federal Government. 3. Experience with Recruitment for Energy Type Positions. 4. Experience with Recruitment for Senior Level Type Positions. 5. Any other pertinent information concerning the credentials of the proposed recruiting firm. 2. Price. The Government reserves the right to make purchase order award to other than the lowest priced offeror. Price will be evaluated against other prices received and the Independent Government Cost Estimate for completeness and accuracy. 3. Past Performance. The offeror shall provide as a minimum 3 references for projects completed or currently on going within the last 3 years similar in size, scope, and complexity as the required effort of this announcement. Please provide the purchase order number, point-of-contact information, dollar amount and period of performance for each reference listed. Technical capability and past performance when combined is significantly more important than cost or price. The Government reserves the right to make an award to other than the lowest price offeror. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Clause) 52.212-3 - OFFEROR REPRESENTATION AND CERTIFICATIONS 252.212.7001 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEVIATION) 52.217-5 EVALUATION OF OPTIONS (JULY 1990) 52.217-8- OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 - OPTION TO EXTEND THE TERM OF THE CONTRACT. 52.232-18- AVAILABILITY OF FUNDS. 252.232-7008 - ASSIGNMENT OF CLAIMS (OVERSEAS) 252.232-7003 - ELECTRONIC SUBMISSION OF PAYMENT REQUESTS 252.229-7001 - TAX RELIEF (JUNE 1997) - ALTERNATE 1 52.225.14 - INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF CONTRACT 252.225-7041 - CORRESPONDENCE IN ENGLISH 252.225-7042 - AUTHORIZATION TO PERFORM 252.233-7001 - CHOICE OF LAW (OVERSEAS) 5352.201-9101 - OMBUDSMAN 52.212-4 - CONTRACT TERMS AND CONDITIONS AND ADDENDUM 52.212-5 (Dev) - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (DEVIATION) This document incorporates provisions and clauses in effect through the Federal Acquisition Circular 2005-54. ****************************************************************************** Requirement: CLIN 0001 Base Period - date of contract award for six months. Option Year I - one period of six additional months. STATEMENT OF WORK (SOW) Commercial Recruiting Services C.1 GENERAL C.1.1 SCOPE OF WORK Commercial Recruiting Services Statement of Work 1.0 INTRODUCTION 1.1 Introduction Western Area Power Administration (WAPA) is a Federal Power Marketing Administration that markets and delivers reliable, cost-based hydroelectric power and related services to wholesale customers in 15 states across the Western United States. Western's servicing areas consist of Western's Corporate Services Office (CSO) or headquarters office which is located in Lakewood, Colorado servicing five regional offices including Upper Great Plains (UGP) in Billings, Montana; Rocky Mountain Region (RMR) in Loveland, Colorado; Desert Southwest Region (DSW) in Phoenix, Arizona; Colorado River Storage Project (CRSP) in Salt Lake City, UT; and the Sierra Nevada Region (SNR) in Folsom, California. The work required by this Statement of Work (SOW) supports the CSO complex and off-site locations. 1.2 Background The Western Area Power Administration, CSO is located at 12155 W. Alameda Parkway, Lakewood, Colorado 80228-2802 require services of a commercial nature from a recruitment firm to assist with recruitment searches for a Senior Executive position. Western's current recruiting methods of posting job opportunities via USAJOBs and other job boards is not providing Western with the diversity or quality of applicants we are currently seeking for this high profile opportunity. As such, it is incumbent on the recruitment company to ensure proper and necessary steps are taken to broaden recruitment efforts to find the most highly qualified candidate for this position, and recognizing that the energy industry is very competitive from a recruitment perspective, it's important to engage with a recruitment firm familiar with Western's mission-critical recruitment needs and environment. 2.0 SCOPE OF WORK 2.1 Tasks Include 2.1.2 Identify and screen a list of perspective candidates only against the basic qualifications requirements for the Senior Executive position. 2.1.3 Refer to Western all candidates that appear to meet the basic qualifications requirements for the Senior Executive position. 2.1.4 Refer to Western only those candidates from whom the Contractor has not accepted fees other than those permitted under 5 CFR 300.404(b). 2.1.5 Contact the perspective candidates of interest to outline the steps required for the candidates to apply for the target position once the position has been posted to www.usajobs.gov. 2.1.6 Recruit and refer candidates in accordance with the applicable merit principles and equal opportunity laws once the position has been posted to www.usajobs.gov Note: The Contractor shall not imply that this recruiting effort is the sole or primary avenue for employment with Western Area Power Administration. 2.2 Deliverables 2.2.1 Provide Western with a list of perspective candidate that meet basic qualifications of the Senior Executive position. 2.2.2 Provide Western with a summary statement that details each of the specific outreach initiatives taken to provide Western with a quality talent pool as part of the recruitment search. 2.3 Location of Performance Location of work performed will be the Contractor's site 3.0 GOVERNMENT-FURNISHED MATERIALS/EQUIPMENT SERVICES 3.1 Government-Furnished Services 3.1.1 Western will furnish a representative from the Human Resources (HR) office to serve as the primary technical point of contact. 3.1.2 Western will provide the job posting description for the Senior Executive position. 3.1.3 Western HR will provide an overview of the federal application process utilized by Western.   4.0 GENERAL CONDITIONS 4.1 Laws, Ordinances, and Regulations The contractor shall comply with all applicable Federal, State, local laws, and regulations governing performance of recruitment/outreach services for a Federal entity as specified in this contract. 4.4.1 The contractor shall comply with all applicable Federal, State, and local laws and Regulations including equal opportunity laws. 4.4.2 Applicable policy and documents include but are not limited to the following: • 5 CFR 300.405 Requirement for Contract • 5 USC 2301(b) Merit Systems Principles • 5 USC 2303(b) Prohibited Personnel Practices • 5 CFR 338.101 Citizenship • 29 CFR 1614 Federal Sector Equal Employment Opportunity 5.0 TECHNICAL COORDINATION The contractor shall coordinate with the primary contact on all technical matters related to this contract. Primary contact: Sandi Coate, Human Resource Specialist Western Area Power Administration Corporate Services Office 12155 W. Alameda Parkway Lakewood, CO 80228 Room 1W/120 Phone: 720-962-7115 Fax: 720-962-7117 E-mail: coate@wapa.gov 6.0 PERIOD OF PERFORMANCE The period of performance shall commence from the date of contract award. The contract will include a base period of six months, with an option to extend for one period of six additional months each, if needed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/024175077bb4cdf2c7ada13b6133e64d)
 
Place of Performance
Address: SEE STATEMENT OF WORK., United States
 
Record
SN02917886-W 20121025/121023233929-024175077bb4cdf2c7ada13b6133e64d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.